Contract

Multi-Provider Framework Agreement for the Provision of Actuarial, Benefits and Governance Consultancy Services

  • Norfolk County Council
  • Environment Agency
  • Essex County Council
  • Hampshire County Council
  • Surrey County Council
Show 1 more buyer Show fewer buyers
  • Kent County Council

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007782

Procurement identifier (OCID): ocds-h6vhtk-05196d (view related notices)

Published 28 January 2026, 5:47pm



Scope

Reference

NCCT43062

Description

Norfolk County Council, on its own behalf and on behalf of the Environment Agency (as Administering Authority of the Environment Agency Pension Fund), Essex County Council (as Administering Authority of the Essex Pension Fund), Hampshire County Council (as Administering Authority of the Hampshire Pension Fund), Surrey County Council (as Administering Authority of the Surrey Pension Fund) and Kent County Council (as Administering Authority of the Kent Pension Fund) has let a multi-provider, Framework Agreement for the provision of Actuarial, Benefits and Governance Consultancy Services primarily in support of the Local Government Pension Scheme (LGPS).

This Procurement was split into 5 Lots

Lot 1 - Actuarial Services

Lot 2 - Benefits Consultancy

Lot 3 - Governance Consultancy

Lot 4 Funding Risk Advisory Services

Lot 5 Consultancy Services to Support Specialist Projects

There is no guarantee of business.

Government has invited participation by Norfolk in the Local Government Review. This process has the potential to lead to unitary local government in Norfolk. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating or formed by any such successor. The County Council or a successor authority or joint body may order services on behalf of other local authorities serving any area within Norfolk's current geographical boundaries.

Commercial tool

Establishes an open framework


Lot 1. Actuarial Services

Description

Provision of Actuarial Services


Lot 2. Benefits Consultancy

Description

Provision of Benefits Consultancy


Lot 3. Governance Consultancy

Description

Provision of Governance Consultancy


Lot 4. Funding Risk Advisory Services

Description

Provision of Funding Risk Advisory Services


Lot 5. Consultancy Services to Support Specialist Projects

Description

Provision of Consultancy Services to Support Specialist Projects


Framework

Open framework scheme end date (estimated)

7 January 2034

Maximum percentage fee charged to suppliers

1%

Framework operation description

This is an Open Framework Agreement and as such it is subject to section 49 of the Procurement Act 2023 with regards to reopening of the Framework, evaluation of bids, and the term of the scheme of Frameworks.

The Framework will be re-opened at the following points:

Once during the period of 3 years from award of the first Framework under the scheme, and,

Within a period of 5 years beginning on the award of the second Framework scheme.

The final Framework will expire at the end of the period of eight years beginning with the day on which the first Framework under the scheme is awarded.

At the point of re-opening the Framework, the opportunity will be advertised on Find a Tender Service in accordance with the Procurement Act 2023.

Contracts awarded under the Framework may have a maximum total duration of 10 years. No contract awarded from the Framework will be permitted to extend beyond 6 January 2044 and must be awarded during the term of the Framework.

Each time a framework user has a requirement it will either:

hold a competition involving all suppliers capable of performing the contract. This will involve inviting bids from Suppliers on the Framework and will be scaled to the size and complexity of the requirement ("Further Competition") Contracting Authorities may appoint a single provider for one or more Lots.

or

directly award a contract to one supplier from information supplied in this Invitation to Tender and from the prices submitted in the price schedule ("Direct Award") (Lot 5 only)

The Council and any nominated users of the Framework. Agreement reserve the right to conduct Further Competitions using the Competitive Flexible procedure where appropriate.

The award criteria for further competitions will be set within the ranges

Quality

Minimum and maximum % - Can be between 50% and 80%

or

100% if using Price Per Quality Point

Sub-criteria - Actuarial Calculations and Monitoring, Providing Information and Advice, Working with Stakeholders, Reviewing Processes, Structures and Policies, Supporting Projects and Provisions of Services.

Sub-criteria % of overall score - To be determined at further competition.

Social Value, climate change and carbon reduction (if required) -Minimum and maximum % Can be between 0% and 60%

Sub-criteria - To be determined at further competition

Sub-criteria % of overall score - To be determined at further competition.

Cost Minimum and maximum % Can be between 50% and 20%

or not applicable if using Price Per Quality Point

Sub-criteria % of overall score - To be determined at further competition.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

As detailed in the Invitation to tender

Norfolk County Council and Suffolk County Council have approved a devolution deal which is expected to lead to the establishment of a Mayoral Combined County Authority with strategic powers, headed by an elected mayor. Subject to the government laying a Statutory Instrument and to its approval by Parliament to formally establish the new combined authority, the first Mayoral election is expected to be in May 2026.

Contracting authority location restrictions

  • UK - United Kingdom

Contract 1. Actuarial Services

Lots

Lot 1. Actuarial Services

Suppliers (4)

Contract value

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

6 January 2026

Contract dates

  • 8 January 2026 to 7 January 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 66519600 - Actuarial services

Contract locations

  • UK - United Kingdom

Contract 2. Benefits Consultancy

Lots

Lot 2. Benefits Consultancy

Suppliers (5)

Contract value

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

6 January 2026

Contract dates

  • 8 January 2026 to 7 January 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 66520000 - Pension services

Contract locations

  • UK - United Kingdom

Contract 3. Governance Consultancy

Lots

Lot 3. Governance Consultancy

Suppliers (5)

Contract value

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

6 January 2026

Contract dates

  • 8 January 2026 to 7 January 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 66520000 - Pension services

Contract locations

  • UK - United Kingdom

Contract 4. Funding Risk Advisory Services

Lots

Lot 4. Funding Risk Advisory Services

Suppliers (5)

Contract value

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

6 January 2026

Contract dates

  • 8 January 2026 to 7 January 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 66520000 - Pension services

Contract locations

  • UK - United Kingdom

Contract 5. Consultancy Services to Support Specialist Projects

Lots

Lot 5. Consultancy Services to Support Specialist Projects

Suppliers (10)

Contract value

  • £150,000,000 excluding VAT
  • £180,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

6 January 2026

Contract dates

  • 8 January 2026 to 7 January 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 66520000 - Pension services

Contract locations

  • UK - United Kingdom

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Suppliers

Aon Solutions UK Ltd

  • Companies House: 4396810

122 Leadenhall Street

London

EC3V 4AN

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Actuarial Services

Contract 2. Benefits Consultancy

Contract 3. Governance Consultancy

Contract 4. Funding Risk Advisory Services

Contract 5. Consultancy Services to Support Specialist Projects

BARNETT WADDINGHAM LLP

  • Companies House: OC307678
  • Public Procurement Organisation Number: PYQD-4559-PJCH

2 London Wall Place

London

EC2Y 5AU

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Actuarial Services

Contract 2. Benefits Consultancy

Contract 3. Governance Consultancy

Contract 4. Funding Risk Advisory Services

Contract 5. Consultancy Services to Support Specialist Projects

Government Actuary's Department

  • Public Procurement Organisation Number: PJVY-9952-JQGR

6th Floor, 10 South Colonnade

London

E14 4PU

United Kingdom

Region: UKI42 - Tower Hamlets

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

GRANT THORNTON UK ADVISORY & TAX LLP

  • Companies House: OC454533
  • Public Procurement Organisation Number: PPLQ-5161-PCVN

8 Finsbury Circus

London

EC2M 7EA

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

HYMANS ROBERTSON LLP

  • Companies House: OC310282
  • Public Procurement Organisation Number: PYMN-5522-MWDX

One London Wall

London

EC2Y 5EA

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Actuarial Services

Contract 2. Benefits Consultancy

Contract 3. Governance Consultancy

Contract 4. Funding Risk Advisory Services

Contract 5. Consultancy Services to Support Specialist Projects

ISIO GROUP LIMITED

  • Companies House: 12273083
  • Public Procurement Organisation Number: PPGM-9431-PYHJ

10 Norwich Street

London

EC4A 1BD

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

KPMG LLP

  • Companies House: OC301540
  • Public Procurement Organisation Number: PMGV-6254-LTTL

15 Canada Square

London

E14 5GL

United Kingdom

Region: UKI42 - Tower Hamlets

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

MERCER LIMITED

  • Companies House: 00984275
  • Public Procurement Organisation Number: PCZX-4442-DMXV

1 Tower Place West

London

EC3R 5BU

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Actuarial Services

Contract 2. Benefits Consultancy

Contract 3. Governance Consultancy

Contract 4. Funding Risk Advisory Services

Contract 5. Consultancy Services to Support Specialist Projects

PAYMASTER (1836) LIMITED

  • Companies House: 03249700
  • Public Procurement Organisation Number: PDQT-7344-BNRP

Sutherland House

Crawley

RH10 1UH

United Kingdom

Region: UKJ28 - West Sussex (North East)

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Benefits Consultancy

PENFIDA LTD

  • Companies House: 08020393
  • Public Procurement Organisation Number: PNXP-6774-BHRD

Phoenix House

Reading

RG1 1NB

United Kingdom

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

PRICEWATERHOUSECOOPERS LLP

  • Companies House: OC303525
  • Public Procurement Organisation Number: PWXM-5926-GWLN

1 Embankment Place

London

WC2N 6RH

United Kingdom

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5. Consultancy Services to Support Specialist Projects

REDINGTON LIMITED

  • Companies House: 06660006
  • Public Procurement Organisation Number: PBGZ-9747-WBVL

1 Angel Court

London

EC2R 7HJ

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3. Governance Consultancy

Contract 4. Funding Risk Advisory Services


Contracting authorities

Norfolk County Council

  • Public Procurement Organisation Number: PDYH-3246-XWTR

County Hall, Martineau Lane

Norwich

NR1 2DH

United Kingdom

Region: UKH15 - Norwich and East Norfolk

Organisation type: Public authority - sub-central government

Environment Agency

  • Public Procurement Organisation Number: PNWW-1475-NYLN

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government

Essex County Council

  • Public Procurement Organisation Number: PWVM-4844-NRQH

County Hall, Market Road

Chelmsford

CM1 1QH

United Kingdom

Region: UKH36 - Heart of Essex

Organisation type: Public authority - sub-central government

Hampshire County Council

  • Public Procurement Organisation Number: PBHM-7586-PWLP

The Castle, High Street

Winchester

SO238UJ

United Kingdom

Region: UKJ36 - Central Hampshire

Organisation type: Public authority - sub-central government

Surrey County Council

  • Public Procurement Organisation Number: PWRH-8974-TNBV

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

United Kingdom

Region: UKJ26 - East Surrey

Organisation type: Public authority - sub-central government

Kent County Council

  • Public Procurement Organisation Number: PLDL-8938-YGYW

County Hall

Maidstone

ME14 1XQ

United Kingdom

Region: UKJ45 - Mid Kent

Organisation type: Public authority - sub-central government


Contact organisation

Contact Norfolk County Council for any enquiries.